Aircraft Maintenance Services for the MH-65
ID: 70Z03826RB0000004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Amendment Five to Attachment 1 - Schedule 70Z03826RB0000004, outlines the staffing requirements for Aircraft Mechanic I (Day Check and Night Check) and Aircraft Mechanic Helper (Day Check) positions, including regular and overtime rates for Sunday and standard days. The document details the quantities of personnel in monthly units and outlines that overtime rates adhere to SOW Section 4.7. It also includes a requirement for monthly activity reports as per SOW Section 4.9.1. The schedule covers a base period from April 1, 2026, to March 31, 2027, and four option periods extending through March 31, 2031, with all estimated amounts currently listed as zero.
    This government file outlines the staffing and reporting requirements for aircraft maintenance services across a base period and four option periods, spanning from April 1, 2026, to March 31, 2031. The services include Aircraft Mechanic I (Day Check and Night Check) and Aircraft Mechanic Helper (Day Check), along with corresponding overtime and Sunday overtime rates. Each period specifies the quantity of full-time employees required for day and night shifts. The document also mandates monthly activity reports, to be submitted in accordance with the Statement of Work (SOW). Although estimated amounts are listed, they are not separately priced, indicating that pricing details are covered elsewhere in the SOW. The schedule highlights the consistent need for these services over a multi-year period.
    This government file outlines a schedule of services for aircraft mechanics and helpers across a base period and four option periods, spanning from April 1, 2026, to March 31, 2031. The services include Aircraft Mechanic I (Day Check and Night Check) and Aircraft Mechanic Helper (Day Check) with specified quantities of full-time employees for each role. Additionally, the schedule details various overtime rates for these positions, including Sunday overtime. A monthly activity report is also required. All estimated amounts are listed as "Not separately priced" or "Not Sep Priced," indicating that pricing will be determined elsewhere, likely in accordance with the Statement of Work (SOW) sections referenced for overtime rates and reporting requirements. The document emphasizes that a full breakdown of Aircraft Mechanic I services can be found in SOW Section 3.2.
    This government Statement of Work (SOW) outlines the requirements for aircraft maintenance services for the United States Coast Guard's (USCG) MH65 aircraft fleet. The contract covers planned depot maintenance (PDM) every forty-eight months, including disassembly, cleaning, repair, repainting, and reassembly of aircraft at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The SOW details various Aircraft Mechanic I positions (Sheetmetal, Composite, Electrical/Avionics, and General) and an Aircraft Mechanic Helper, specifying their duties, qualifications, and the number of personnel required for both first and second shifts. Key requirements include adherence to government documents, safety procedures, and strict security protocols for access to USCG facilities and IT systems. The contract performance period includes a one-year base and four one-year option periods. Contractor personnel must be U.S. citizens, proficient in English, and undergo background investigations, including a Tier 1 Level or higher, to obtain a Common Access Card (CAC). The document also outlines policies on work hours, leave, overtime, timekeeping, reporting, and intellectual property. The overall purpose is to ensure the continuous operational readiness of the USCG MH65 aircraft fleet through comprehensive and compliant maintenance services.
    The United States Coast Guard (USCG) requires aircraft maintenance services for its MH65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. This Statement of Work (SOW) outlines the need for trained personnel to perform planned depot maintenance (PDM), including disassembly, cleaning, repair, repainting, and reassembly every 48 months. The contract covers various Aircraft Mechanic I roles (Sheetmetal, Composite, Electrical/Avionics, and General) and Aircraft Mechanic Helpers, with specific qualifications and taskings for each. Contractors must be registered with the Defense Logistics Agency’s Joint Certification Program and comply with security and conduct regulations. The contract has a one-year base period and four one-year option periods, with work primarily performed at ALC, Elizabeth City, NC. Key conditions include personnel identification, conduct, removal procedures, security clearances, timekeeping, reporting, and adherence to government policies and holidays. Background investigations are mandatory for all contractor employees accessing USCG facilities and IT systems.
    This government file, Amendment Five to document 70Z03826RB0000004, outlines key clauses, provisions, and terms and conditions for federal acquisitions of commercial products and services. It clarifies that its terms supersede all others and details specific Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses that are not to be considered or enforced by contracting officers, including those related to greenhouse gas emissions and certain offeror representations. The document provides invoicing instructions, emphasizing electronic submission to ALC-Fiscal@uscg.mil, and defines contract administration data, highlighting that only warranted Contracting Officers (KOs) can modify contracts. The period of performance includes a one-year base and up to four one-year option periods. Full text clauses cover a range of topics including Contractor Employee Whistleblower Rights, Basic Safeguarding of Covered Contractor Information Systems, and prohibitions on hardware/software from Kaspersky Lab and certain telecommunications/video surveillance equipment from covered foreign entities. It also specifies requirements for various small business programs, labor standards, and sustainable products and services. Ordering and order limitations are detailed, establishing minimum and maximum order quantities and conditions for honoring orders exceeding these limits under a requirements contract. The document emphasizes compliance with numerous FAR clauses related to business ethics, executive compensation, small business utilization, labor laws, and prohibitions on certain foreign products, with specific flow-down requirements for subcontracts.
    This government file outlines Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses and provisions applicable to orders resulting from a solicitation. It emphasizes that these terms supersede all others and clarifies that certain representations related to greenhouse gas emissions and commercial products will not be considered for award decisions. The document details invoicing instructions, requiring electronic submission to ALC-Fiscal@uscg.mil, and specifies that only warranted Contracting Officers (KOs) can modify contracts. It establishes a performance period of one base year and up to four option years. Key clauses include contractor employee whistleblower rights, approval of contract, basic safeguarding of covered contractor information systems, and prohibitions on hardware/software from Kaspersky Lab and certain telecommunications/video surveillance equipment from covered foreign countries (e.g., China). The file also incorporates various FAR clauses related to business ethics, small business utilization, labor standards, and sustainable products, with specific flow-down requirements for subcontracts. It sets forth ordering procedures, including minimum and maximum order limitations, and outlines the Comptroller General's right to examine contractor records.
    This government file, Amendment Seven of attachment 3 (70Z03826RB0000004), outlines Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses and provisions applicable to orders resulting from this solicitation. It supersedes all other terms and conditions. The document clarifies that certain representations in the System for Award Management (SAM), such as 52.223-22 and paragraph (t) of 52.212-3, will not be considered for award decisions or enforced. Key clauses include whistleblower rights, basic safeguarding of covered contractor information systems, and prohibitions on contracting for hardware, software, and services from Kaspersky Lab, other covered entities, and certain telecommunications/video surveillance equipment/services from specific foreign countries/companies. The document also details invoicing instructions, contract administration data (emphasizing the Contracting Officer's sole authority), and a period of performance of one base year and up to four option years. It mandates compliance with various FAR clauses related to business ethics, small business utilization, labor standards (including minimum wages and paid sick leave), and sustainable products and services, with specific flow-down requirements for subcontracts. The document outlines Comptroller General examination of records and specific ordering and order limitation clauses, including minimum and maximum order quantities for requirements contracts.
    The document provides a wage determination under the Service Contract Act, detailing minimum wage rates for employees performing covered contracts in North Carolina, with rates effective from 2025. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, which mandates a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, setting a minimum of $13.30 per hour. Additionally, it outlines required fringe benefits, health and welfare contributions, vacation, and holiday entitlements for employees under such contracts.
    This document outlines wage determinations and employment conditions for service contracts in Chowan, Pasquotank, and Perquimans Counties, North Carolina. It details minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The file lists specific hourly wage rates for various administrative, automotive, food service, health, IT, and other occupations. It also specifies fringe benefits, including health and welfare (with a separate rate for EO 13706-covered contracts), vacation, and eleven paid holidays. Additional provisions cover paid sick leave under EO 13706, hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates via SF-1444.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The objective is to identify a replacement for the current vapor cycle refrigeration system that is lighter and offers greater cooling capacity, while also ensuring compatibility with existing aircraft specifications and operational requirements. The MH-65, a critical asset for search and rescue operations, requires an ECS that can maintain optimal cabin and avionics temperatures under varying environmental conditions, with specific performance objectives outlined in the accompanying documents. Interested vendors must submit their capability statements and responses to the RFI by December 19, 2025, at 12:00 PM EST, to Elaina.M.Price@uscg.mil, referencing the solicitation number 70Z03826IB0000024.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    Potential Sources for Paint Services in Support of the HC-144 and HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, or stripping coatings, and externally painting the aircraft, with specific requirements for labor, equipment, and facilities. This initiative is crucial for maintaining the operational readiness and appearance of the aircraft, which play vital roles in Coast Guard missions. Interested vendors must respond by January 9, 2026, at 4:00 p.m. EST, providing detailed capability statements and relevant company information to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil, with technical inquiries directed to Mr. Harlon Parchment at Harlon.A.Parchment@uscg.mil.
    REPAIR Valve, Low Limit Tem for the HC-27 Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to repair the Low Limit Temperature Valve for the HC-27 Aircraft under solicitation number 70Z03826QW0000004. The procurement requires vendors to provide repair services in accordance with Original Equipment Manufacturer (OEM) specifications, with a focus on maintaining compliance with FAA regulations and ensuring that at least 50% of the work is performed at an FAA-certified facility. This contract is crucial for maintaining the operational readiness of Coast Guard aircraft, and it is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis. Interested vendors must submit their quotations by December 5, 2025, and can contact Debra W. Heath at debra.w.heath@uscg.mil for further information.
    Procurement of Various Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.